Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
SOURCES SOUGHT

A -- SHADOW MODE ASSESSMENTS USING REALISTIC TECHNOLOGIES FOR THE NATIONALAIRSPACE SYSTEM -SMART NAS

Notice Date
12/5/2012
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA13446416L
 
Response Due
12/12/2012
 
Archive Date
12/5/2013
 
Point of Contact
Christine M Martinez, Contracting Officer, Phone 650-604-5807, Fax 650-604-0932, Email Christine.Martinez@nasa.gov - Justin C. Pane, Contracting Officer, Phone 650-604-5621, Fax 650-604-0932, Email justin.c.pane@nasa.gov
 
E-Mail Address
Christine M Martinez
(Christine.Martinez@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/ARC is hereby soliciting information about potential sources for a Shadow Mode Assessment using Realistic Technologies for the National Airspace System (SMART NAS). A Draft Statement of Work describing the SMART NAS requirement is attached. NASA has a need to develop SMART-NAS capability to accelerate transformation of the NAS. SMART-NAS will allow integrated, real-time and/or fast-time assessment of gate-to-gate operations and their performance using real-world NAS inputs. SMART-NAS would allow for plug-and-play of different technologies to operate in combined real, virtual, and constructive manners as dictated by the study goals. The goal of the SMART-NAS initiative is to develop a capability to explore alternative concepts, technologies, and architectures at the NAS level in an integrated manner. SMART-NAS will enable assessments to demonstrate feasibility and benefits for modernization-related decision-making. The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for SMARTNAS. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Capability Statements shall address the following: Experience in developing functional and software system architectures related to large-scale simulation capability and/or enterprise level systems, preferably related to air traffic management operations. Experience with open source architecture development. Experience in developing cost estimation of large scale systems related to air traffic management and/or complex domains. Experience in conducting benefits assessments related to air traffic management concepts and technologies. Experience in developing advanced concepts and technologies related to air traffic management. Past Performance related to Air Traffic Management Research and Development. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, or any category of small business*, number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Christine Martinez no later than 4:00pm PST on Wednesday, December 12, 2012. Please send all responses to Christine.Martinez@nasa.gov. Please reference NNA13446146L in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA13446416L/listing.html)
 
Record
SN02942698-W 20121207/121205233924-c1988dbeaa06a448a403fb5f26e4f2d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.